Occupational Medical Surveillance Program Base+4 IDIQ - Peoria IL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) has issued a Combined Synopsis/Solicitation (RFQ 1232SA26Q0101) for an Occupational Medical Surveillance Program (OMSP) in Peoria, IL. This is a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, consisting of one base year and four option years, to provide medical surveillance services for ARS employees. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The contractor will furnish personnel, materials, equipment, and facilities to conduct baseline and periodic medical surveillance for employees potentially exposed to chemical, biological, and/or physical hazards. Services include:
- Physical examinations, general laboratory tests (blood chemistry, hematology, urinalysis), pulmonary function tests, audiometric examinations, and chest X-rays.
- Specialized tests based on exposure.
- Medical evaluations and written certification for employees requiring respiratory protection, including respirator fit tests (qualitative for N95, quantitative for full/partial face masks).
- Evaluation of test results and physical examinations to determine work-related medical problems.
- Preparation and communication of findings to employees and government personnel.
- The Quality Assurance Surveillance Plan (QASP) requires an Acceptable Quality Level (AQL) of 100%.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: One base year and four one-year option periods (total not to exceed five years).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 621511 (Medical Laboratories)
- Small Business Size Standard: $41.5 Million
- Place of Performance: Contractor's facility within 15 miles of NCAUR (1815 N UNIVERSITY STREET, PEORIA IL 61604), with potential for on-site collection.
- Key Personnel: Contractor's physician must be a licensed MD/DO, Board Certified/Eligible in Occupational Medicine or Internal Medicine.
Submission & Evaluation
Quotations must be submitted electronically via email to the point of contact. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. Award will be made to the offeror representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation method. Evaluation criteria include:
- Price: Provided in Attachment 3, evaluated for fairness and reasonableness.
- Technical Acceptability: Overall rating of "acceptable" or "unacceptable," demonstrating capability to meet requirements (detailed in Attachment 4 PWS/QASP).
- Past Performance: Rated as "Acceptable," "Neutral," or "Unacceptable." Bidders must complete all fillable fields in Attachment 3, including SAM.gov Unique Entity ID, contact information, and required affirmations (e.g., active SAM.gov registration, IPP invoicing, pricing validity for at least 30 days). Compliance with the Service Contract Labor Standards and the provided Wage Determination (Attachment 2) is mandatory for labor costs.
Key Dates & Contact
- Offers Due: February 13, 2026, 12:00:00Z
- Inquiries Due: 48 hours before the offer due date.
- Extension Requests: Up to 24 hours before the offer due date.
- Primary Contact: Christopher Turner (christopher.c.turner@usda.gov)
- Solicitation Number: 1232SA26Q0101